Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2025 SAM #8690
AWARD

R -- Award of Production Line Transition

Notice Date
9/9/2025 12:19:26 PM
 
Notice Type
Award Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-APM276-0244
 
Archive Date
09/12/2025
 
Point of Contact
Jeanette Moronta, Robert Clark
 
E-Mail Address
jeanette.p.moronta.civ@us.navy.mil, robert.f.clark186.civ@us.navy.mil
(jeanette.p.moronta.civ@us.navy.mil, robert.f.clark186.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Award Number
N0001921G0012
 
Award Date
11/22/2024
 
Awardee
BELL TEXTRON INC Fort Worth TX 76118 USA
 
Award Amount
6188351.00
 
Description
The Production Line Transition Phase I non-recurring engineering was awarded on 22 November 2024 to Bell Textron Inc. for a base plus one option totaling $6,188,351. The Naval Air Systems Command (NAVAIR) intends to negotiate with Bell Textron Inc. (Bell) 3255 Bell Flight Blvd, Fort Worth TX 76118 on a sole source basis under a Basic Ordering Agreement (BOA) Delivery Order to provide the procurement of Production Line Transition (PLT) analysis in support of the H-1 aircraft�s requirement to plan for production line cessation and sustainment. Specifically, the analysis results procured under this effort shall include a list of Government Furnished Information (GFI), Government Furnished Property (GFP) and Contractor Acquired Property (CAP) disposition recommendations and Rough Orders of Magnitude (ROMs) for requested data deliverables to support the Phase II and Phase III efforts that will be contracted separately. The follow-on Phase II and III efforts shall ensure requirements to sustain H-1 aircraft are not inadvertently lost in transition, reduce future sustainment cost of the H-1 platform through maximization of organic support by transitioning away from reliance on OEM, and preserve the ability to build new aircraft in the future. This requirement will be procured in accordance with the statutory authority permitting other than full and open competition under 10 U.S.C. 3204(a)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1, in that Bell is the only responsible source and no other supplies or services will satisfy Marine Corps requirements. Bell is the sole designer, developer, manufacturer and system integrator of the aircraft and the only known source that possesses the data, technical skills and requisite knowledge of the design, fabrication, performance, operation, maintenance and support characteristics of Commented [MJPCUCP(4]: update the AH-1W, UH-1Y and AH-1Z to fulfill this need in a timely manner. This notice is for information purposes only. This notice of intent is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement. The Government will consider all capability information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed contract modification based upon responses to this notice is solely within the discretion of the Government. For subcontracting opportunities please visit the following website: http://www.bellhelicopter.com/en_US/Suppliers/Suppliers.html Click on ""How to Become a Supplier"" Click on Register with Textron OR Send an email to strategicsourcing@bellhelicopter.textron.com Questions regarding this notice should be addressed to Farhan Qazi via e-mail at farhan.a.qazi.civ@us.navy.mil. Contracting Office Address: Naval Air Systems Command Patuxent River, Maryland 20670 Primary Point of Contact: Farhan Qazi Contract Specialist farhan.a.qazi.civ@us.navy.mil Secondary Point of Contact
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fbd5683ab35c42ca8a0e76c277f9c938/view)
 
Place of Performance
Address: Fort Worth, TX 76118, USA
Zip Code: 76118
Country: USA
 
Record
SN07582605-F 20250911/250909230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.